Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

A -- POWER AND THERMAL MANAGEMENT - COMPONENT DEVELOPMENT

Notice Date
6/3/2020 4:58:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
ACC-AVIATION APPLIED TECHNOLOGY DIR FORT EUSTIS VA 23604-5577 USA
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-20-R-0007
 
Response Due
6/29/2020 12:30:00 PM
 
Archive Date
07/14/2020
 
Point of Contact
Thomas Helms, Phone: 7578782900, Hope McClain, Phone: 7578782993
 
E-Mail Address
thomas.m.helms6.civ@mail.mil, hope.a.mcclain.civ@mail.mil
(thomas.m.helms6.civ@mail.mil, hope.a.mcclain.civ@mail.mil)
 
Description
CALL W911W6-20-R-0007 POWER AND THERMAL MANAGEMENT - COMPONENT DEVELOPMENT (PTM-CD) � 1. GENERAL INFORMATION 1.1. Introduction This Call (W911W6-20-R-0007) is issued in accordance with the Army Contracting Command (ACC) Master Broad Agency Announcement (BAA) W911W6-20-R-0009, effective through 27 Mar 2021, on behalf of the Technology Development Directorate-Aviation Technology Systems Integration & Demonstration (TDD-A/SID).� Please refer to the Master BAA W911W6-20-R-0009 for complete instructions and details.� This Call provides supplemental information and specific criteria to the Government requirements based off the Master BAA.� Information included herein applies to this Call only. 1.2. Program Mission and Objectives The integration of thermal management and power generation systems, both mechanical and electrical, onboard military air platforms has progressively become a greater challenge. It stands today as a limiting factor to the adoption of a number of advanced capabilities. Prominently among these are high pulse power systems, such as high energy lasers (HEL), jammers, full electric actuation, etc. These systems depend not only on large amounts of electrical power to operate, but a strong capability to remove heat and move it around. As more equipment which was at one time run by hydraulics or other mechanical systems transitions to digital control, the aircraft requires more electricity, and different approaches to heat rejection. With the change of airframe materials to low thermal conductivity composite, and increased rotorcraft speed goals, mission equipment becomes more challenging to cool; due in part to bottling up the airframe to lower aerodynamic drag. There is an opportunity available to address a number of thermal and electrical generation challenges which affect legacy aircraft and future rotorcraft. The Army is seeking development and demonstration of component technologies which will improve thermal transport options on notional future vertical lift (FVL) aircraft, referencing capability set 3 platforms for this call. Any proposal should ideally seek to show how the component(s) proposed for development impact an aircraft over its mission envelope and any capabilities it can enable. Critical thermal transport capabilities the Army would like to see improved involve thermal regulation of mission equipment, adaptable energy dense cooling, and aircraft level thermal management improvements. Mission equipment goals for the Army currently envision a modular open system architecture. To support a digital backbone vision of upgradable and swappable mission equipment, technology for distributed hardware mounts with independent, adaptable cooling medium connections for localized control are desired.� These thermal transport connections would ideally be capable of providing distributed cooling plate options, or an equivalent approach, to address typical equipment (avionics, CPUs, ex.), but also be capable of supplying direct line coolant for difficult transient loads (Electromechanical Actuators (EMA), laser diodes, jammers). The objective of the PTM-CD program is to reduce the space, weight, and power (SWAP) impact of the aircraft thermal management system(s). Of desire are technology approaches which enable SWAP reductions associated with the aircraft main cooling unit, and redundant thermal management systems, by allowing the aircraft to provide cooling directly. These systems include podded equipment as typical of electronic warfare (EW) or high energy laser (HEL) devices, and weights associated with device/electronic specific air based heat exchangers. Sub ambient temperature control is desired to extend electronics life and provide the thermal regulation necessary for increased component performance on a kW/kg, and kW/cm^3 basis. Cooling plate technologies of interest should be capable of providing thermal control for the loads being considered on future rotorcraft, applicable to EW devices, radars, and power electronics. The goal is to reduce associated TMS weights when installed on the aircraft; in podded systems or otherwise integrated. Additional interest is on technologies which would also enable tight temperature control for loads potentially applicable to laser diodes, and high energy laser systems. It as well seeks to address an overarching goal to reduce TMS weights when installed on the aircraft; through a podded system or otherwise. Central to the concept of flexible, independent, locally controllable cooling nodes is an energy dense cooling subsystem. Capacity for added locally controlled nodes after installation would ideally be available, as well as a way to incorporate a cold reservoir to address peak thermal loads. Higher coefficient of performance components are generally desired, but strategies which can enable advanced capabilities on a system will be considered. Contact the contracting office listed within Section 7.5 to obtain the supplemental package for PTM-CD goal values and notes. Individual components for development are likely to have constraints and design features not captured in the above thresholds and objectives. The offeror should show how any of these components would fit into such a system within their proposal, given the constraints, and size weight and power (SWAP) impact. The objective of the Call is to develop and demonstrate independently controllable cooling plate technologies, and any enabling technologies which reduce SWAP for centralized cooling systems capable of running disparate loads. The technology maturation goal of the Call is to progress component/subsystem technology from TRL 2/3 to TRL level 4/5, applicable to technology insertion into Increments 1 or 2 of the Future Long Range Assault Aircraft (FLRAA). Platform agnostic components, applicable to other FVL aircraft or legacy platforms, will be rated more desirable. It is intended for the component technologies awarded under this project and future requests for proposals (RFPs) to be included in a technology demonstration program to potentially start in the FY24 timeframe, potentially within a Systems Integration Laboratory (SIL) environment with other PTM-CD components. Additional instruction and information can be found under the Master Broad Agency Announcement (BAA) W911W6-20-R-0009 which is posted to the General Services Administration System for Award Management at https://beta.sam.gov/. 2. RESEARCH OPPORTUNITY DESCRIPTION The TDD-A/SID is seeking proposals for PTM-CD to mature and demonstrate thermal control systems to Technology Readiness Level (TRL) 4/5.� The PTM-CD program will consist of design, fabrication, and testing of component technologies to increase the TRLs of the component(s) from 2/3 to 4/5. Validation of the component in a relevant environment is required to reach the goal TRL. Testing should be performed at the offeror�s designated facility and these facilities and capabilities should be described and detailed within the offeror�s proposal. Detailed discussion of the test plans/component testing should be provided within the proposal. Any proposed component should seek to address at least one of the goals for the program or substantiate how it enables such approaches and systems. The goals for the program are to develop independently controlled cold plates for mission equipment, electronics, and higher energy loads. In addition, component technologies are desired which increase the capabilities of any cooling systems needed for future aircraft such as those to run the cooling plates. �Reductions in the size, weight, and power impact of thermal management system(s) on the aircraft is the objective. If successfully validated, the Government desires to leverage the component(s) in a potential future technical demonstration which would integrate the component into a larger, complete, power and thermal management system applicable to future vertical lift (FVL) rotorcraft. To accomplish this the offeror�s component may need to be integrated with other companies� devices in a system integration lab. As part of the development effort the offeror will include necessary design and development to support interface control documents, installation, and operation instructions development with unlimited rights to the Government.�� 3. AWARD INFORMATION 3.1. Anticipated Award Date Expected Award Date:� Award is possible starting in 4th quarter FY20, subject to the availability of funds. 3.2. Anticipated Funding for the Program Available Government funding is approximately $2.6M for all awards.� Government fiscal year distribution is as follows: FY20: $550K, FY21: $995K, FY22: $650k, FY23: $405k. To adequately invest in and maximize the breadth of technology developed, there is a potential to make multiple awards for differing components designs; however, the total number of awards is unknown at this time. Any awards made under this announcement may be incrementally funded and are subject to the availability of funds. 3.3. Type of Contract/Instrument Refer to Master BAA W911W6-20-R-0009 Subparagraph 3.3. 3.4. Number of Awards Anticipated The Government anticipates one award from this call. The Government may also entertain partial awards due to the type of technology proposed, if necessary. 3.5. Anticipated Period of Performance� Offerors should clearly depict their proposed schedule and place of performance.� The period of performance for PTM-CD research efforts are not to exceed 42 months total (39 months for technical effort and 3 months for data/final report). 3.6. This Broad Agency Announcement (BAA) is intended to fulfill requirements for scientific study and experimentation directed toward advancing state-of-the-art technologies and/or increasing knowledge and understanding as a means of eliminating current technology barriers.� See the Master BAA W911W6-20-R-0009 for additional details on this section. 3.7. Deliverables All contracts/agreements will require delivery of the following items delivered in Contractor�s format. A draft Technology Investment Agreement (TIA) is also included as reference 3 to this Call which also contains the deliverables.� Program Plan Technical Reviews Kick-Off Presentation at offeror�s facility Quarterly Technical Progress, and Cost Reports Status Update Briefings Detailed Design Report Test Plans Final Briefing at Ft. Eustis *Final Report (which includes Photographic and Video documentation of tests). * Note:� All data other than �Unlimited Rights� or �Government Purpose Rights� shall be delivered in an addendum to the final report. 4. ELIGIBILITY INFORMATION 4.1. Eligibility See the Master BAA W911W6-20-R-0009 for additional details on this section. 4.2. Nonprofit Organizations, Educational Institutions and Small Business Set Aside Due to the complexity and technical considerations of this program, this solicitation is not set-aside for small businesses.� See the Master BAA W911W6-20-R-0009 for additional details on this section.� 4.3 Federally Funded Research and Development Centers (FFRDCs) and Government entities See the Master BAA W911W6-20-R-0009 for additional details on this section.� 4.4 Foreign Entities Notice to Foreign Owned Firms:� Participation in this program is limited to U.S. Firms as Prime Contractors; however, foreign owned entities can participate as subcontractors/recipients to U.S. prime contractors/recipient.� The U.S. prime entity retains responsibility for compliance with U.S. export controls.� Interested entities must address export compliance of any foreign participants in its cost volume. See the Master BAA W911W6-20-R-0009 for additional details on this section.� 4.5 System for Award Management (SAM) See the Master BAA W911W6-20-R-0009 for additional details on this section.� 5. APPLICATION AND SUBMISSION INFORMATION 5.1. Two-Step, White paper/Proposal Submission Process This Call will not use the Two-Step process for white papers and proposals outlined in the Master BAA W911W6-20-R-0009.� This Call will only use proposals for the submission and evaluation process.� See the Master BAA W911W6-20-R-0009 for additional details on this section.� 5.2.2. Proposal Format Technical proposals are limited to 45 pages total for this Call. Cover pages, resumes of key personnel, and transmittal pages are excluded from the count.� Pages in excess of the page limitation will not be read or evaluated.� Font will be Times New Roman or Arial style and no smaller than 10 pitch.� Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 �� x 11� increments (e.g., an 11� x 17� document will count as two pages).� There is no page limit/size constraint for cost volumes. 5.2.3. Proposal Content See the Master BAA W911W6-20-R-0009 for additional details on this section.� Offerors may submit multiple proposals for different technology concepts. Each proposal shall describe an effort to address all of the requirements defined within the BAA description. Each proposal shall consist of two volumes, a technical volume and a cost volume. In presenting the proposal material, Offerors are advised that the quality of the information is significantly more important than quantity.� Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. The Government reserves the right to select for award only a portion of an Offeror�s proposal or the total proposed effort. TDD-A/SID encourages and promotes teaming arrangements with research organizations to include academia, industry, and small businesses in order to achieve a mix of relevant expertise and capabilities for executing research and development efforts. Volume 1 � Technical Proposal: The technical proposal will provide a clear justification for the selection of proposed component technologies. The rationale supporting the proposed components for development will be evaluated based upon the extent to which the proposed technologies contribute to the goals identified in Section 2. Other benefits identified by the offeror will be considered. The technical proposal should include substantiation of the design and capabilities of the component, its ability to be integrated into a power and thermal management system for FVL aircraft, and its performance over the operational spectrum of the FLRAA aircraft. Conditions to consider should include sea level static, 4K 95F, and a heat soaked aircraft at 120F. Note: for the purposes of this Call, the Government prefers, �Unlimited Rights� and requires at a minimum, �Government Purpose Rights� as defined by the DFARS 252.227-7013, to all technical data, deliverable, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware.� It is the offeror�s responsibility to clearly acknowledge or take exception to the Government�s desire for at least �Government Purpose Rights.�� Ambiguities will be negatively evaluated against the offeror.� The Offeror should propose legends for each data item identified as other than unlimited rights.� In addition, all offerors shall identify the technical data or computer software that they assert would be furnished with restrictions on use, release or disclosure if an award is made under this announcement.� This information shall be provided with the proposal using the format/table included in the Defense Federal Acquisition Regulation Supplement (DFARS) 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions. Volume 2 � Price/Cost Proposal:� If a TIA is proposed, the total cost of the proposed effort (which includes cost share) must be provided in the same detail/format for those costs which are to be funded by the Government. 6. EVALUATION INFORMATION The selection of proposals will be based on a peer/scientific review of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria set forth in the Master BAA. See the Master BAA W911W6-20-R-0009 for additional details on this section. 7. OTHER INFORMATION 7.1. Information for Proposal Respondents See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.2. Export Control Considerations See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.3. Security Classification See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.4. Subcontracting Plan See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.5. Government Furnished Data, Equipment, Property, or Facilities See the Master BAA W911W6-20-R-0009 for additional details on this section. SUPPLEMENTAL INFORMATION PACKAGE (SIP) FOR PROPOSAL SUBMISSIONS: Additional information is available for proposal submission upon request. However, this information is export controlled. Interested offerors must request the SIP and verify eligibility to receive it by providing a verifiable Joint Certification Program number or a copy of a current, valid DD Form 2345. All questions and requests must be emailed Mr. Thomas M. Helms at Thomas.m.helms6.civ@mail.mil and Ms. Hope McClain at hope.a.mcclain.civ@mail.mil. Government Furnished Property and Data required for the effort: It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for use of any Government furnished equipment or property.� Offerors must have access to or be capable of generating the data required to develop and validate the systems proposed. See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.6. Order of Precedence Any inconsistency between this Call and the Master BAA shall be resolved by giving precedence to this Call (W911W6-20-R-0007). 7.7. Protest See the Master BAA W911W6-20-R-0009 for additional details on this section. 7.8. Contract Award by Agencies Other Than Army Contracting Command See the Master BAA W911W6-20-R-0009 for additional details on this section. PROPOSAL SUBMISSION INSTRUCTIONS: � Proposals should be marked with the BAA Call number and shall be submitted in electronic format to the ACC Contracting Office, Attn:� CCAM-MZA-F (Mr. Thomas M. Helms at Thomas.m.helms6.civ@mail.mil and Ms. Hope McClain at hope.a.mcclain.civ@mail.mil) by 1530 EDT on June 29th.� Facsimile proposal submission is not authorized.� Proposals submitted after the closing date will be handled in accordance with FAR 52.215-1, Instructions to Offerors�Competitive Acquisition.� Unless otherwise specified in the proposal, proposals will be considered valid for Government acceptance for an additional 12 months beyond the call closeout date.� This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. All questions must be emailed to the points of contact above. The Government may not address interested sources questions received less than 2 weeks prior to the proposal receipt. Any information given to a prospective Offeror concerning this Announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective Offeror(s), will be published as an amendment to this Announcement. Offerors should be alert for any amendments to this Announcement. If proprietary or copyrighted information is submitted, please include a statement authorizing the Government to copy and distribute the file(s) within the Government for evaluation purposes. Appropriately marked proprietary information will be appropriately protected by the U.S. Government. Enclosures: 1. Ref 1. W911W6-20-R-0009_Master BAA 2. Ref 2. PTM-CD Statement of Research Effort (SORE) 3. Ref 3. PTM-CD Deliverables Report Requirements 4. Ref 4. Draft TIA Template - Expenditure Based w SORE and Deliverables
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79bd0b3775e146748e35c2e70b36b7eb/view)
 
Place of Performance
Address: Fort Eustis, VA 23604, USA
Zip Code: 23604
Country: USA
 
Record
SN05678468-F 20200605/200603230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.